SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Standing Offer for the Supply of Life Safety Systems Equipment

Solicitation number MPNWS005-76684

Publication date

Closing date and time 2024/06/04 14:00 EDT

Last amendment date


    Description
    *** THIS AMENDS THE PREVIOUSLY POSTED NOTICE TO CHANGE THE CLOSING DATE FROM MAY 21, 2024 TO JUNE 4, 2024.
    *******************************************************************************************************************
    DEFENCE CONSTRUCTION CANADA (DCC) – MPNWS005 – Standing Offer for the Supply and Delivery of Fire Alarm, Detection, and Suppression Devices for North Warning System Sites at various locations in Nunavut, Northwest Territories, Yukon, Labrador, and Ontario.

    Defence Construction Canada (DCC) is calling for abbreviated proposals from Suppliers to establish a Standing Offer (SO) to provide “as and when required” supply and delivery of fire alarm, detection, and suppression devices specific to this Department of National Defence (DND) project.

    Information provided by the Proponents will be evaluated using the established criteria in the Request for Standing Offer (RFSO). The objective of this RFSO is to select the proponent with the highest total score.

    The SO will be for a period of one (1) year with a maximum estimated value of $5,500,000.00. If mutually agreeable between the Contractor and DCC, the SO may be extended for up to two (2) additional one (1) year periods and increased in the order of $8,500,000.00 at any time. The total potential opportunity for this SO is $14,000,000.00 with a maximum potential term of three (3) years. Refer to the RFSO document for additional information.

    The first Call-up (Call-up No. 1) under this SO will be awarded with the establishment of the SO. The goods for Call-up No. 1 must be delivered no later than 90 calendar days after notification of contract award.

    This solicitation is being conducted in accordance with the requirements set out in the Canadian Free Trade Agreement (CFTA), Chapter Nineteen of the Canada-European Union Comprehensive Economic and Trade Agreement (CETA) and the World Trade Organization Agreement on Government Procurement (WTO-GPA).

    Firms that consider themselves qualified to provide these services are invited to submit their Proposals through the MERX Electronic Bidding System on or before the closing date and time indicated on the Electronic Bidding System.

    Questions regarding this solicitation are to be directed ONLY to the point of contact identified in this advertisement.  Proponents who address their questions to anyone other than the point of contact during the solicitation period may, for that reason alone, be disqualified.

    Proponents can obtain contract award results from the DCC website at https://www.dcc-cdc.gc.ca/industry/contract-activity.

    1. brandPreference : Not Applicable - Service Item
      description : Lump sum price for Call-up No. 1 (as per 3.4.1.1.1 of the RFSO) Un prix forfaitaire pour la commande no 1 (conformément au point 3.4.1.1.1 de la DPA)
      quantity : 1
      unitOfMeasure : Dollar

    2. brandPreference : All Brands are acceptable
      description : Addressable Fire Alarm Manual Pull Station c/w surface box Station de traction manuelle d'alarme incendie adressable avec boîte de surface
      quantity : 143
      unitOfMeasure : Unit

    3. brandPreference : All Brands are acceptable
      description : Conventional Moisture-Proof Fire Alarm Manual Pull Station c/w surface box and an addressable module Station d'alarme incendie manuelle conventionnelle, étanche à l'humidité, avec boîtier de surface et module adressable
      quantity : 248
      unitOfMeasure : Unit

    4. brandPreference : All Brands are acceptable
      description : Addressable Photoelectric Smoke Detector c/w detector base Détecteur de fumée photoélectrique adressable avec base de détecteur
      quantity : 1,220
      unitOfMeasure : Unit

    5. brandPreference : All Brands are acceptable
      description : Conventional Manual Release Station Yellow, Double Action, c/w surface box and an addressable module Station de déclenchement manuelle conventionnelle jaune à double action, avec boîtier de surface et module adressable
      quantity : 218
      unitOfMeasure : Unit

    6. brandPreference : All Brands are acceptable
      description : Conventional Abort Station, Yellow, c/w surface box and an addressable module Station d'abandon conventionnelle, jaune, avec boîtier de surface et module adressable
      quantity : 218
      unitOfMeasure : Unit

    7. brandPreference : All Brands are acceptable
      description : UV/IR Flame Detector 12-24Vdc c/w swivel mount, Test Lamp with Universal Charger & Carrying Case Détecteur optique de flamme UV/IR de 12‐24Vdc avec support pivotant, lampe de test avec chargeur universel et étui de transport
      quantity : 41
      unitOfMeasure : Unit

    8. brandPreference : All Brands are acceptable
      description : Horn/Strobe (75 cd), Indoor, FIRE Marking, c/w Mounting Plates and surface mount wallbox Klaxons et stroboscopes (75 cd), feu de marquage intérieur complet avec plaques de montage et boîte murale pour montage en surface
      quantity : 842
      unitOfMeasure : Unit

    9. brandPreference : All Brands are acceptable
      description : Pre-Discharge Horn/Strobe (75 cd), Indoor, FIRE Marking, c/w Mounting Plates and surface mount wallbox Klaxons et stroboscopes pré‐décharge (75 cd), feu de marquage intérieur complet avec plaques de montage et boîte murale pour montage en surface
      quantity : 195
      unitOfMeasure : Unit

    10. brandPreference : All Brands are acceptable
      description : Exterior non-LED Beacon Light (compatible with fire alarm panel) Balise lumineuse extérieure non LED (compatible avec le panneau d'alarme incendie)
      quantity : 52
      unitOfMeasure : Unit

    11. brandPreference : All Brands are acceptable
      description : Outdoor ULC 15cdW, Strobe, Red, Terminals c/w surface box ULC extérieur 15cdW, stroboscope, rouge, bornes de boîte de surface
      quantity : 46
      unitOfMeasure : Unit

    12. brandPreference : All Brands are acceptable
      description : Conventional Fire Alarm Manual Pull Station c/w surface box and an addressable module Station manuelle d'alarme incendie conventionnelle avec boîtier de surface et module adressable
      quantity : 8
      unitOfMeasure : Unit

    13. brandPreference : All Brands are acceptable
      description : Conventional Photoelectric Smoke Detector c/w detector base and an addressable module Détecteur de fumée photoélectrique conventionnel avec base de détecteur et module adressable
      quantity : 101
      unitOfMeasure : Unit

    14. brandPreference : All Brands are acceptable
      description : Conventional Fixed Temperature Heat Detector c/w detector base and an addressable module Détecteur de chaleur conventionnel à température fixe avec base de détecteur et module adressable
      quantity : 30
      unitOfMeasure : Unit

    15. brandPreference : All Brands are acceptable
      description : Addressable Heat Detector c/w detector base Détecteur de chaleur adressable avec base de détecteur
      quantity : 714
      unitOfMeasure : Unit

    16. brandPreference : All Brands are acceptable
      description : Fault Isolator Module(Uses 1 sensor address) Module d'isolateur de défaut (Utilise 1 adresse de capteur)
      quantity : 392
      unitOfMeasure : Unit

    17. brandPreference : All Brands are acceptable
      description : Addressable Duct Smoke Detector Assembly w/Relay and Air Sampling Tube - 78 " long Assemblage de détecteur de fumée adressable pour conduit avec relais et tube de prélèvement d'air ‐ 78" de longueur
      quantity : 22
      unitOfMeasure : Unit

    18. brandPreference : All Brands are acceptable
      description : Remote Alarm LED Alarme à distance LED
      quantity : 327
      unitOfMeasure : Unit

    19. brandPreference : All Brands are acceptable
      description : Single Input Module Module à entrée unique
      quantity : 263
      unitOfMeasure : Unit

    20. brandPreference : All Brands are acceptable
      description : Dual Input Module Module à double entrée
      quantity : 110
      unitOfMeasure : Unit

    21. brandPreference : All Brands are acceptable
      description : Control Relay Module Module de relais de contrôle
      quantity : 176
      unitOfMeasure : Unit

    22. brandPreference : All Brands are acceptable
      description : Mini Horn/Strobes for bedrooms c/w surface mounting box Mini klaxon et stroboscope pour chambres avec boîtier de montage en surface
      quantity : 235
      unitOfMeasure : Unit

    23. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 1L-SRR-A
      quantity : 23
      unitOfMeasure : Unit

    24. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 1L-SRR-B
      quantity : 23
      unitOfMeasure : Unit

    25. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 8L-Z2-A
      quantity : 1
      unitOfMeasure : Unit

    26. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 4L-Z2-B
      quantity : 1
      unitOfMeasure : Unit

    27. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 2L-Z2-C
      quantity : 1
      unitOfMeasure : Unit

    28. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 2L-Z2-D
      quantity : 3
      unitOfMeasure : Unit

    29. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 2L-Z2-E
      quantity : 1
      unitOfMeasure : Unit

    30. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 2L-Z2-F
      quantity : 2
      unitOfMeasure : Unit

    31. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 2L-Z2-G
      quantity : 1
      unitOfMeasure : Unit

    32. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 2L-Z2-H
      quantity : 1
      unitOfMeasure : Unit

    33. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 2L-Z2-I
      quantity : 1
      unitOfMeasure : Unit

    34. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: ANN-Z2-J
      quantity : 1
      unitOfMeasure : Unit

    35. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 8L-Z3-A
      quantity : 1
      unitOfMeasure : Unit

    36. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 4L-Z3-B
      quantity : 1
      unitOfMeasure : Unit

    37. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 2L-Z3-C
      quantity : 1
      unitOfMeasure : Unit

    38. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 2L-Z3-D
      quantity : 3
      unitOfMeasure : Unit

    39. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 2L-Z3-E
      quantity : 1
      unitOfMeasure : Unit

    40. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 2L-Z3-F
      quantity : 3
      unitOfMeasure : Unit

    41. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 2L-Z3-G
      quantity : 2
      unitOfMeasure : Unit

    42. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 2L-Z3-H
      quantity : 1
      unitOfMeasure : Unit

    43. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 2L-Z3-I
      quantity : 1
      unitOfMeasure : Unit

    44. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: ANN-Z3-J
      quantity : 1
      unitOfMeasure : Unit

    45. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 8L-Z4-A
      quantity : 1
      unitOfMeasure : Unit

    46. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 4L-Z4-B
      quantity : 1
      unitOfMeasure : Unit

    47. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 4L-Z4-C
      quantity : 1
      unitOfMeasure : Unit

    48. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 2L-Z4-D
      quantity : 1
      unitOfMeasure : Unit

    49. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 2L-Z4-E
      quantity : 2
      unitOfMeasure : Unit

    50. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 2L-Z4-F
      quantity : 1
      unitOfMeasure : Unit

    51. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 2L-Z4-G
      quantity : 2
      unitOfMeasure : Unit

    52. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: 2L-Z4-H
      quantity : 1
      unitOfMeasure : Unit

    53. brandPreference : All Brands are acceptable
      description : Panel Type/Type de Panneau: ANN-Z4-J
      quantity : 1
      unitOfMeasure : Unit

    54. brandPreference : All Brands are acceptable
      description : 50 Cu. M Aerosol Generators 50 Cu. Générateurs d'aérosols M
      manufacturer : GreenEx
      partNo : Greensol Model A5000
      quantity : 2,296
      unitOfMeasure : Unit

    55. description : Mark-up Rate (as per 3.4.1.2 of the RFSO) Taux de majoration (conformément au point 3.4.1.2 de la DPA)
      ratioType : MARKUP
      unitOfMeasure : Percent

    Bidding and Documents are available on http://www.merx.com. Fees may apply; See https://www.merx.com/public/pricing for more information.

    Contract duration

    The estimated contract period will be 12 month(s).

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Defence Construction Canada / Construction de Défense Canada
    Address
    350 Albert St,, 19th floor,
    Ottawa, Ontario, K1A 0K3
    Canada
    Contracting authority
    Mark Smith
    Phone
    613-859-0549
    Email
    mark.smith@dcc-cdc.gc.ca
    Address
    613-859-0549
    Bidding details

    Full details for this tender opportunity are available on a third-party site

    Click on the button below to be directed to this website. Note that on the third-party site you may need an account to view and/or bid on this tender. Information on any fees or additional costs to access the full details is outlined in the Description tab of this tender opportunity.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Language(s)
    French, English
    Contract duration
    12 month(s)
    Procurement method
    Competitive – Open Bidding

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: